Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
Contact
Natasha Murray
Telephone
+44 1415484451
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply, Delivery and Commissioning of a Wet-laid System
Reference number
UOS-22194-2021
two.1.2) Main CPV code
- 42000000 - Industrial machinery
two.1.3) Type of contract
Supplies
two.1.4) Short description
The University of Strathclyde requires a single suitably qualified and experienced supplier to supply, deliver and commission a Wet-laid system, on-site at the National Manufacturing Institute of Scotland (NMIS).
two.1.5) Estimated total value
Value excluding VAT: £900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 51430000 - Installation services of laboratory equipment
- 42900000 - Miscellaneous general and special-purpose machinery
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Lightweight Manufacturing Institute (LMC)
two.2.4) Description of the procurement
The University of Strathclyde requires a single suitably qualified and experienced supplier to supply, deliver and commission a Wet-laid system, on-site at NMIS.
The requirement will encompass the below noted non-exhaustive list:
- The required Wet-laid system will have the ability to produce nonwoven mats with a board range of fibres, including but not limited to: glass fibre, carbon fibre, nature fibre, etc.
- The equipment must be compact, of R&D-scale, and able to produce nonwovens from small quantities of fibres to allow for quick and easy screening of products properties.
- The provision of the system will include stock preparation, wet-laid forming, dewatering, binder application, dryer and winder and can be tailored for low to high production volumes.
-The resulting nonwoven fibre mats shall fit in many industrial applications including but not limited to; building and construction, filtration, and transportation end-uses.
This equipment must have a fully automated control system and be able to be equipped or modified in future to add more functionality to the products
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
20
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Authority reserves the right to request additional deliveries by the successful Tenderer, either intended as partial replacement of supplies or installations or as extensions of existing supplies and installations.
The Contracting Authority may at it's sole discretion exercise this option.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B.1.2 Bidders will be required to have an average yearly turnover of a minimum of 2,000,000.00 GBP for the last three (3) years.
4B.5.1a - 4B.5.3 Insurances
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded:
contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 10,000,000.00 GBP
Public and Product Liability Insurance = 10,000,000.00 GBP
Professional Risk Indemnity Insurance = NOT USED
In respect of any one incident and unlimited as to number of claims, and adequate insurances covering all the Contractor's other liabilities in terms of the Contract.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4.C 1.2. Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Please provide a minimum of three (3) examples of experience of supply and delivery of the equipment as detailed within the specification over the last three (3) years.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-028500
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 January 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
27 January 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20259. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:677083)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Pl
Glasgow City
G5 9DA
Telephone
+44 1414298888
Country
United Kingdom